REPLACEMENT UPS
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Research Laboratory (NRL) is seeking quotations for the replacement of a Schneider Electric Galaxy VX 500 kW N+1 Uninterruptible Power Supply (UPS). This is a Total Small Business Set-Aside opportunity for authorized Schneider Electric OEM resellers/distributors. The procurement is for new equipment only, to be delivered to NRL locations including Washington, DC. Quotations are due by March 23, 2026.
Scope of Work
This requirement involves the removal and proper disposal of an existing failed UPS and the furnishing and installation of one new Schneider Electric Galaxy VX 500 kW N+1 UPS. Key requirements include:
- Connection to existing infrastructure (lithium-ion batteries, input/output breakers, maintenance bypass breaker).
- Startup, testing, and commissioning to full operational service.
- The UPS must be a Schneider Electric Galaxy VX 500 kW N+1 configuration, including one 1250 kW I/O cabinet and three 250 kW power cabinets (two for capacity, one for redundancy).
- Must match existing 480V / 3-phase configuration.
- Include an SNMP/network management card compatible with Schneider Electric StruxureWare Data Center Expert.
- Fit within the existing footprint and maintain required room clearances.
- Be fully compatible with existing redundant UPS systems and associated components.
- BRAND NAME ONLY: Offerors must be authorized Schneider Electric OEM resellers/distributors and utilize OEM-certified technicians for services. Documentation from the manufacturer confirming authorized distributor status is required.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ), Firm-Fixed-Price (FFP)
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS: 423610 (Electrical and Electronic Appliance, Television, and Other Electronic Goods Merchant Wholesalers)
- PSC: 5999 (Miscellaneous Electrical And Electronic Components)
- Response Due: March 23, 2026, 7:00 PM EST
- Published: March 17, 2026
Evaluation
Award will be made to the responsible offeror whose offer is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach. Offers will be ranked by price, and the lowest-priced technically acceptable offer(s) will be selected. Technical acceptability requires meeting all minimum requirements/specifications.
Submission Instructions
Submit one copy of technical and price quotes via email to Marche.t.Hampton.civ@us.navy.mil. Include your company's DUNS Number and CAGE Code. All questions must be submitted via email. Offerors must have an active registration in SAM.gov.
Additional Notes
FOB Destination is the preferred method. If offering FOB Origin, provide shipping point, estimated shipping charge, package dimensions, and shipping weight. Quotes must include a statement accepting the solicitation's terms and conditions or listing exceptions with rationale.